Paccon, Inc. v. The United States

399 F.2d 162, 185 Ct. Cl. 24, 1968 U.S. Ct. Cl. LEXIS 146
CourtUnited States Court of Claims
DecidedJuly 17, 1968
Docket306-61
StatusPublished
Cited by48 cases

This text of 399 F.2d 162 (Paccon, Inc. v. The United States) is published on Counsel Stack Legal Research, covering United States Court of Claims primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Paccon, Inc. v. The United States, 399 F.2d 162, 185 Ct. Cl. 24, 1968 U.S. Ct. Cl. LEXIS 146 (cc 1968).

Opinion

DAVIS, Judge. *

These cross-motions for summary judgment present for review two board of contract appeals decisions on two separate contracts held by the plaintiff. The first claim, set forth in Count 1 of the petition, challenges a determination of the Armed Services Board of Contract Appeals (1963 BCA fl 3686 and fl 3796), affirming, after de novo review on the lower board’s record, an earlier decision of the United States Army Japan Board of Contract Appeals (USARJ BCA No. 59). The second claim, in Count 4, attacks a ruling of the Japan Board on another matter (USARJ BCA No. 70). 1 We consider Count 1 in Part I and Count 4 in Part II.

I

The Count 1 claim is for the cost of delays allegedly caused by the failure of the Government to coordinate the operations of a separate contractor, Shimato. Construction Co., Ltd. (Shimato), with those of plaintiff so as to avoid interference by Shimato with Paccon’s performance. The issues are: (1) Did the Government’s assurances to plaintiff prior to award, or any explicit or implicit provision of the contract, constitute a warranty that the work of Shimato would not delay or interfere with plaintiff’s performance? (2) If not, did the Government undertake an obligation which was less than a full warranty and was this obligation violated? And (3) in any case, do the waivers which plaintiff executed bar this delay claim ?

The preliminary facts are not in dispute. At the end of June 1954, the Corps of Engineers awarded a fixed-price contract to plaintiff for the construction of 128 houses at two sites, Sada (77 houses) and Futema (51 houses), in Sukiran, Okinawa, for an estimated contract price of $1,856,100. The first house was to be completed 150 days after receipt of the notice to proceed, with subsequent completions due one-a-day thereafter. Plaintiff’s contract covered only the construction of the houses and the pads on which they stood. A separate award was to be made for site grading, utilities, roads, and sidewalks. Plaintiff’s ability to meet its completion schedule depended on the timely grading of the sites and installation of utilities, roads, and sidewalks since the sites had to be graded before construction of the houses could start.

Paceon was aware at the time of negotiating the contract that no final site had been fixed for the contemplated construction other than it would be generally at Sukiran. It also knew that negotiations were simultaneously being conducted with Shimato for the site grading, roads, and utilities systems by an “Island-Wide” contract for such work at Sukiran and elsewhere on Okinawa. The “Island-Wide” contract was awarded to Shimato on June 30, 1954, simultaneously with the award of plaintiff’s *165 contract. Both this and the plaintiff’s contract provided:

Article 12. Other Contracts. The Government may undertake, or award other contracts for additional work, and the Contractor shall fully cooperate with such other contractors and Government employees and carefully fit his own work to such additional work as may be directed by the Contracting Officer. The Contractor shall not commit or permit any act which will interfere with the performance of work by any other contractor or by Government employees.

Shimato’s “Island-Wide” contract provided in addition:

SC-3F Priority of Work: Since Contractor is to supply roadways, drainage facilities and utilities for structures to be built by others, it will be necessary to coordinate installation of items under this contract with the expected times of completion for these structures in order that the structures and appurtenant roads, drainage facilities and utilities may be completed at approximately the same time. The priority for commencement and completion of each portion of each lot will be established by the Contracting Officer and contractor shall commence work at such time and in such places as the Contracting Officer shall direct.

Plaintiff received a notice to proceed on October 13, 1954, and shortly thereafter was given a copy of Shimato’s contract. Prior to receiving the notice to proceed the plaintiff was informed by the Government that Shimato would be unable to complete the site grading at the Sada site without causing a delay to plaintiff, and the contracting officer requested plaintiff to perform Shimato’s contract grading at the Sada site at Shimato’s unit prices. The plaintiff did so under a modification of its own contract, and completed its obligations at Sada within the allowed time. Not so at Futema.

Soon after the plaintiff received its notice to proceed it became apparent that, at its then rate, Shimato was not going to discharge its site grading responsibilities at Futema in time to permit plaintiff to proceed with its construction schedule. On October 22, 1954, one week after the modification had been executed transferring to plaintiff Shimato’s responsibility for site grading at the Sada area, the Government requested plaintiff to submit a quotation for performing Shimato’s site grading and certain other work at Futema. The plaintiff supplied a quotation for this work but did not receive the job.

As a result of Shimato’s failure to make satisfactory progress at Futema, conditions there became progressively worse. Shimato’s late commencement of operations, the slow pace of its work, and its method of operations (such as leaving ditches standing open and backfill un-compacted) impeded plaintiff’s access to the worksite and interfered with its work, as well as increasing its costs of performance. Plaintiff frequently and vigorously complained to the Government about the delays and interference it was experiencing from Shimato’s indiscriminate performance without regard for priority schedules, and asked the Government to take appropriate corrective action. For example, in its letter of February 14, 1955, to the contracting officer the plaintiff stated:

* * * the other Contractor has failed to complete “necessary grading and compaction to prepare house sites to necessary grades” insofar as any of such work being performed by the other Contractor is concerned. Specifically, due to such failure to perform, we have been unable to place base course building pads and to proceed with structural work on any of the building sites where the other Contractor is performing grading work. * * *
******
As in the Sada Area the other Contractor has performed work indiscriminately throughout the [Futema] area without regard to priority schedules, leaving ditches open indefinitely, *166 rendering areas inaccessible or hazardous to work in. * * *

In none of these complaints to the Government did the plaintiff refer to the Government’s responsibility under its alleged warranty, later asserted before the Boards and here.

On June 9, 1955, the plaintiff informed the Government that “ [i] n order to meet the proposed schedule, certain work being performed by others must be accomplished well in advance of turnover dates”, referring to the connecting of utilities, completion of sidewalks, and backfilling and compaction of ditches.

Free access — add to your briefcase to read the full text and ask questions with AI

Related

Richey v. United States
50 Fed. Cl. 3 (Federal Claims, 2001)
US EX REL. VIRG. BEACH MECH. v. SAMCO Const. Co.
39 F. Supp. 2d 661 (E.D. Virginia, 1999)
Allied Fire & Safety Equipment Co. v. Dick Enterprises, Inc.
886 F. Supp. 491 (E.D. Pennsylvania, 1995)
Amp-Rite Electric Co. v. Wheaton Sanitary District
580 N.E.2d 622 (Appellate Court of Illinois, 1991)
Edward M. Crough, Inc. v. Department of General Services
572 A.2d 457 (District of Columbia Court of Appeals, 1990)
Whitehorse Marine, Inc. v. Great Lakes Dredge & Dock Co.
751 F. Supp. 106 (E.D. Virginia, 1990)
Johns-Manville Corp. v. United States
12 Cl. Ct. 1 (Court of Claims, 1987)
Coplin v. United States
6 Cl. Ct. 115 (Court of Claims, 1984)
Salmeron v. United States
724 F.2d 1357 (Ninth Circuit, 1983)
Shambaugh v. Lindsay
445 N.E.2d 124 (Indiana Court of Appeals, 1983)
Brookside Ltd. Partnership v. United States
30 Cont. Cas. Fed. 70,303 (Court of Claims, 1982)
Broadway Maintenance Corp. v. Rutgers
447 A.2d 906 (Supreme Court of New Jersey, 1982)
Caffall Bros. Forest Products, Inc. v. United States
678 F.2d 1071 (Court of Claims, 1982)
Broadway Maint. Corp. v. Rutgers
434 A.2d 1125 (New Jersey Superior Court App Division, 1981)
Kolar, Inc. v. United States
650 F.2d 256 (Court of Claims, 1981)
Clearwater Forest Industries, Inc. v. United States
650 F.2d 233 (Court of Claims, 1981)

Cite This Page — Counsel Stack

Bluebook (online)
399 F.2d 162, 185 Ct. Cl. 24, 1968 U.S. Ct. Cl. LEXIS 146, Counsel Stack Legal Research, https://law.counselstack.com/opinion/paccon-inc-v-the-united-states-cc-1968.